ContractSolicitation

Roadside Safety Research and Federal Outdoor Impact Laboratory (FOIL) Advanced Crash Analysis Technical Support Services

DEPARTMENT OF TRANSPORTATION 693JJ326R000003
Response Deadline
Jan 12, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for a contract titled "Roadside Safety Research and Federal Outdoor Impact Laboratory (FOIL) Advanced Crash Analysis Technical Support Services." The contract aims to provide advanced crash analysis and transportation engineering research support services over a 60-month period, utilizing an Indefinite-Delivery-Indefinite-Quantity (IDIQ) structure with a ceiling of $18 million. This opportunity is critical for enhancing roadside safety through crash modeling, simulation, and impact testing at the FOIL in McLean, Virginia. Interested parties should direct inquiries to Rochelle Infante at Rochelle.Infante@dot.gov or Amalia Rodezno at amalia.rodezno@dot.gov, with proposals due by December 16, 2025, at noon ET.

Classification Codes

NAICS Code
541715
Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
PSC Code
AJ14
GENERAL SCIENCE AND TECHNOLOGY R&D SERVICES; GENERAL SCIENCE AND TECHNOLOGY; R&D ADMINISTRATIVE EXPENSES

Solicitation Documents

9 Files
RFP 693JJ326R000003.pdf
PDF929 KBDec 18, 2025
AI Summary
This government file outlines a 60-month Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract, 693JJ326R000003, for advanced crash analysis research and technical support services at the Federal Highway Administration's (FHWA) Federal Outdoor Impact Laboratory (FOIL) in McLean, Virginia. The contract, with a minimum value of $100,000 and a maximum ceiling of $18,000,000, will utilize Firm-Fixed Price (FFP) and Time and Materials (T&M)/Labor Hour (LH) Task Orders. Key objectives include providing non-personal technical support, developing crash analysis knowledge and technologies, and operating/maintaining the FOIL. The scope encompasses crash modeling and simulation, analyzing physical protection and security systems, and conducting crash/impact tests. The contractor must submit monthly progress reports and an annual report, and all deliverables and intellectual property rights will be assigned to the FHWA. The document also details administrative procedures, payment guidelines, and contractor responsibilities.
Attachment J.1 Labor Rates.xlsx
Excel15 KBDec 18, 2025
AI Summary
Attachment J.1, titled "Labor Rate Schedule," outlines the loaded labor rates per hour and a schedule of services for a contract. The document specifies thirteen labor categories, including Principal Investigator, various levels of Research Scientists, Lab personnel, Software/Computer Engineer, Technical Writer/Editor, Technology Transfer Specialist, Administrative Support, and Researchers/Graduate Students/Interns, along with Subject Matter Experts. These rates are structured to span six years. The schedule of services details a three-year task order for operating and maintaining the Federal Outdoor Impact Laboratory, categorized as a Time-and-Materials contract. It breaks down estimated costs for each of the three task order years, listing the aforementioned labor categories with placeholders for hours and total costs, which are currently zero. Additionally, the schedule includes an
Attachment J.2 Performance Work Statement- TO 1.pdf
PDF223 KBDec 18, 2025
AI Summary
This Performance Work Statement outlines a non-personal services task order for the operation and maintenance of the Federal Outdoor Impact Laboratory (FOIL) in McLean, Virginia. The facility conducts crash and impact tests for vehicles and roadside hardware, utilizing a hydraulically-driven accelerator, a pendulum, data sensors, and high-speed cameras. The contractor will be responsible for maintaining the grounds, buildings, equipment, and vehicles, implementing safety upgrades, preparing for and executing tests, documenting results, and supporting program outreach. Key deliverables include working paper reports, updated test plans, test summaries, and maintaining ISO 17025 accreditation. The task order has a three-year performance period, with provisions for a one-month transition phase and periodic progress meetings. The contractor must safeguard government property and ensure all personnel identify themselves as contractors. Travel may be required, and the contractor must cooperate with a successor during contract end transition.
693JJ326R000003-Questions and Government Response.pdf
PDF53 KBDec 18, 2025
AI Summary
This document addresses questions and government responses related to an RFP, clarifying several key aspects. It denies an extension for the proposal submission deadline due to prior draft availability. The document defines "related work" in the context of organizational conflict of interest as work assisting in developing requirements for future procurements, and this prohibition will remain. It also specifies that ISO 17025 certification for the FOIL is held by the FOIL with key personnel and that accreditation assessments are yearly. Finally, the government clarifies that a FARO scanner is not required, and its costs would be covered under other direct costs if an Offeror chooses to use one.
Attachment J.3 LIST OF GOVERNMENT-FURNISHED PROPERTY.xlsx
Excel14 KBDec 18, 2025
AI Summary
This government file is a detailed inventory of various assets, likely compiled for an RFP, federal grant, or state/local RFP related to equipment procurement or asset management. The inventory lists a wide range of items, including IT equipment (laptops, desktops, LCDs, printers, network switches, access points), scientific and engineering tools (accelerometers, sensors, data acquisition systems, load cells, string pots, lenses, camcorders, high-speed video cameras, tripods), heavy machinery (forklifts, lathes, concrete drills, plate tampers, backhoes, boom trucks, car lifts), and miscellaneous items (oil extractors, kerosene heaters, fans, oxygen sensors, tape measures, scales, trailers, SUVs). Manufacturers such as Dell, Nikon, Sony, Cisco, HP, Measurement Specialties, Endevco, Interface, and DTS are prominently featured. The document provides specific models and, in some cases, brief descriptions or specifications for each asset, indicating a comprehensive record of available or required equipment.
Attachment J.4- FHWA Subcontracting Plan Template.docx
Word48 KBDec 18, 2025
AI Summary
The FHWA Subcontracting Plan Template (Form 693JJ326R000003) outlines requirements for contractors to establish and manage subcontracting goals, particularly for small businesses and other socioeconomic categories. It mandates the submission of a detailed plan, including total planned subcontracting amounts, and specific goals for Veteran-Owned, Service-Disabled Veteran-Owned, HUBZone, Small Disadvantaged, and Women-Owned Small Businesses. The document specifies how to calculate percentages, rationale for lower goals, methods for identifying subcontractors, and the administration of the subcontracting program. It also details record-keeping requirements, reporting obligations via eSRS, and commitments to ensure fair competition and timely payments to small business subcontractors, aligning with FAR clauses to promote small business utilization in federal contracts.
Attachment J.5 Requirements and Terms for Contractor Use FOIL.pdf
PDF194 KBDec 18, 2025
AI Summary
This document, Attachment J.5 of Contract No. 693JJ321D000001, outlines the terms and conditions for a contractor's use of the FHWA FOIL (Federal Outdoor Impact Laboratory) facilities and equipment for non-government commercial purposes. The FHWA authorizes the contractor to use the FOIL for crash and impact testing for commercial purposes, up to 500 hours per year, with potential for future increases. This commercial use must not interfere with government work and requires pre-approval from the COR for scheduling, nature, and purpose to ensure no conflict of interest with FHWA's mission. The contractor is responsible for managing and staffing the FOIL during commercial use, adhering to the FOIL Operations Manual and safety measures. Any products or publications resulting from commercial use must include a disclaimer stating no association with FHWA. The contractor retains all data rights to commercial work but is solely responsible for any liability arising from their negligent acts. In exchange for facility use, the contractor will provide fair rental or other adequate consideration, potentially including a cost-sharing arrangement for lab maintenance and enhancement.
Attachment J.6 Labor Category Descriptions.pdf
PDF127 KBDec 18, 2025
AI Summary
The document outlines labor category descriptions for a federal government contract, likely an RFP, focusing on highway and vehicle safety, infrastructure security, and advanced crash analysis. It details 12 labor categories, including Principal Investigator, Sr. Research Scientist/Technical Expert, Research Scientist/Technical Expert, Junior Research Scientist/Technical Expert, Lab Manager/Sr. Lab Technician, Lab Technician, Software/Computer Engineer, Technical Writer/Editor, Technology Transfer Specialist, Administrative personnel, and Junior/Senior Researchers/Graduate Students/Interns. Each category specifies minimum educational qualifications, years of experience, and key responsibilities, ensuring the contractor's project team possesses the necessary expertise to provide superior support and products to the satisfaction of the FHWA. The document emphasizes technical leadership, project management, quality assurance, and specialized skills required for various aspects of the contract's anticipated work.
J.7 QUESTIONS RECEIVED ON DRAFT RFP AND GOVERNMENT RESPONSE.pdf
PDF102 KBDec 18, 2025
AI Summary
The Federal Highway Administration (FHWA) is seeking proposals for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a ceiling of $18 million. This recompete, previously held by George Mason University (contract 693JJ321D00001 with a value of $8.5 million), focuses on FOIL operations and related crash analysis. The discount for commercial use of FOIL facilities will only apply to FOIL maintenance task orders and labor rates. Key aspects include an estimated $2.8 million for Task Order 1 (FOIL O&M), requiring 23,970 labor hours over three years. Contractors must propose reasonable escalation rates, with price analysis based on the Consumer Price Index. Kick-off meeting costs are to be built into general T&M rates. Onsite personnel need a DOT contractor PIV card. FHWA uses government-furnished software for testing and stores crash test data on its servers.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 2, 2025
amendedLatest Amendment· Description UpdatedDec 18, 2025
deadlineResponse DeadlineJan 12, 2026
expiryArchive DateJan 27, 2026

Agency Information

Department
DEPARTMENT OF TRANSPORTATION
Sub-Tier
FEDERAL HIGHWAY ADMINISTRATION
Office
693JJ3 ACQUISITION AND GRANTS MGT

Point of Contact

Name
Rochelle Infante

Place of Performance

Mc Lean, Virginia, UNITED STATES

Official Sources